SOURCES SOUGHT
38 -- Tailrace Gantry Crane for Ice Harbor Dam, Pasco, Washington
- Notice Date
- 7/2/2009
- Notice Type
- Sources Sought
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Walla Walla, US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF-09-S-S35
- Response Due
- 7/24/2009
- Archive Date
- 9/22/2009
- Point of Contact
- Nona Fincher, 509-527-7218<br />
- E-Mail Address
-
US Army Engineer District, Walla Walla
(nona.r.fincher@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Corps of Engineers, Walla Walla District intent, if available, is to seek small business sources for a supply project entitled, Ice Harbor Dam Gantry Intake Crane. This will be a firm-fixed-price contract. The Statement of Work includes the following: The work shall consist of providing a new 40-ton tailrace gantry crane to be erected on the Ice Harbor Powerhouse tailrace deck. Electrical work for the replacement of the tailrace crane includes providing new operator controls, electrical equipment, and power supply system; this work will include fabrication, factory testing, and field-testing of electrical and control equipment. The electrical equipment and associated systems include motors, drives, brakes, limit switches, complete control systems including radio control, power supply system, conduit, wiring, load cells and indication, and auxiliary devices required to operate the cranes electrical power, lighting, and control systems. Mechanical and structural work for the replacement of the tailrace crane includes providing a new gantry crane which consists of a gantry frame with a trolley and gantry drives. The trolley will have a 40 ton hoist utilizing two load blocks, trolley drives and a trolley enclosure. The operators cab will be suspended underneath the trolley. The Contractor shall engineer and design all new components of the system and submit computations and drawings for approval. The design engineer for all calculations and drawings shall be a registered professional engineer. The tailrace crane shall be shop assembled, inspected and tested to verify that it meets all requirements before shipping to the site. The tailrace crane shall be erected, inspected, tested and certified at the rated capacity. Personnel training shall be conducted by the Contractor. In addition, the existing lifting beam will be retained and used by the new crane. After the new crane is accepted, the existing crane shall be removed from the site and disposed of in a legal manner. The paint system on the existing crane and lifting beam has a primer containing red lead. The crane will also be assumed to have asbestos in the electrical wiring, on the brakes and in the cab wall panels. All lead and asbestos abatement, containment and disposal incidental to on-site demolition activities shall be as specified. Spray painting on the new crane shall not be performed at the Project. The contractor shall be responsible for the preparation of the schedule and all required updating (activity status) and preparation of reports. The contractor shall have previously developed, created, and maintained at least three (3) electronic schedules for projects similar in nature and complexity to this project and shall be experienced in the use of the scheduling software. A Site Safety and Health Officer (SSHO) shall be provided at the work site at all times during on-site activities to perform safety and occupational health management, surveillance, inspections, and safety enforcement for the Contractor. The Contractor Quality Control (QC) person cannot be the SSHO on this project. The SSHO shall have a minimum of three (3) years safety work on similar project, a 30-hour OSHA construction safety class or equivalent within last 3 years, and Competent Person Training as needed. The Government may use the Resident Management System for Windows (RMS) to assist in its monitoring and administration of this contract. The Contractor will use the Government-furnished Construction Contractor Module of RMS, referred to as QCS, to record, maintain, and submit various information throughout the contract period. The Contractor shall be responsible for quality control and shall establish and maintain an effective quality control system. The quality control system shall consist of plans, procedures, and organization necessary to produce an end product that complies with the contract requirements. The system shall cover all off-site fabrication and on-site installation operations Contractor is required to follow the procedures in the Army Corps of Engineers Safety Manual, at http://www.hq.usace.army.mil. At the Headquarters homepage, select Safety and Occupational Health. This sources-sought announcement is a tool to identify business concerns with the capability to accomplish the work. The governments intent is to contract with a small business if available. Only those firms who respond to this announcement by submitting a statement of their current or past technical experience (what the firm has done) and current or past performance (how well the firm did it) similar to or the same as the requirements stated above, will be used in the determination whether to set aside this requirement for small business. Include a statement indicating the size of your business (small business, 8(a) small business, HUBZone small business, or Service Disabled Veteran Owned small business concern) to Nona Fincher, Contract Specialist, 201 North 3rd Avenue, Walla Walla, Washington 99362 or email responses to nona.r.fincher@usace.army.mil. Your response to this notice must be received on or before close of business on July 24,2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-09-S-S35/listing.html)
- Place of Performance
- Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA<br />
- Zip Code: 99362-1876<br />
- Zip Code: 99362-1876<br />
- Record
- SN01864180-W 20090704/090703000048-ad8cab3395979e7fb848f4804676e9b0 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |